The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, April 18, 2012.
The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees.
Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on May 1, 2012 to [email protected], Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration (FDA), OO/OFBA/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502.
PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below.
When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time.
For information regarding this solicitation, please contact Howard Nesmith by e-Mail at [email protected].
The Food and Drug Administration is soliciting for DNA Methylation Arrays and Processing Accessories quotes for NCTR's Roche NimbleGen DNA Microarray Hybridization System.
Item #1
Processing Accessories Consisting of:
1 ea - Array Processing Accessories Kit (05223539001)
Components:
1 - Slide Rack
4 - Wash Tanks
8 - Slide Containers
10 - X1 Mixer (05223725001)
100 - DNA Methylation 385K Arrays / 6019043465 (05224373001)
1 - Hybridization Kit (05583683001)
Components:
1 - 1200µl Vial 2X Hybridization Buffer
1 - 500µl Vial Hybridization Component A
1 - 60µl Vial Alignment Oligo
1 - Wash Buffer Kit (05584507001)
Components:
1 - 2 x 540ml Vial10X Wash Buffer I
1 - 540ml Vial10X Wash Buffer II
1 - 540ml Vial10X Wash Buffer III
1 - 2 x 185mg Vial DTT
1 - 3 x 1000µl Vial Nuclease-Free Water
3 - Dual-Color DNA Labeling Kit (06370250001)
Components:
1 - 2 x 1.85ml Vial PCR Grade Water Clear Cap Color
1 - 2 x 1.1ml Vial Random Primer Buffer Blue Cap Color
1 - 1 x 25 O.D. Vial Cy3-Random Nonamers Green Cap Color
1 - 1 x 25 O.D Vial Cy5-Random Nonamers Red Cap Color
1 - 2 x 50 μl Vial Klenow Fragment (3'->5' exo-) 50U/µl Yellow Cap Color
1 - 2 x 250 μl Vial dNTP Mix (10mM each dNTP) Purple Cap Color
1 - 2 x 550 μl Vial Stop Solution Brown Cap Color
The Arrays shall meet the following needs:
The DNA methylation arrays shall contain at least 385,000 unique probes in order to provide comprehensive coverage throughout the rat genome
These DNA methylation microarrays shall have high sensitivity and specificity in order to readily detect as low as two methylated CpGs in a 500 bp fragment
The DNA methylation array reagents shall allow low sample input of 10 ng or less genomic DNA per labeling reaction without amplification bias
The microarray reagents shall utilize a Cyanine dye-based direct labeling method for labeling and hybridization for optimal microarray performance
The slides shall fit a 1 "x3" glass slide format for fluorescent image scanning with barcode labels
Items shall be the same as or equal to the Roche Part Numbers provided in prentices ( ) for each of the above items.
Items (Inclusive) Price: _____________________
GSA Contract Number (if applicable): ________________________
FOB Destination - U.S. Food and Drug Administration, National Center for Toxicological Research (NCTR), 3900 NCTR Road, Jefferson, AR 72079.
Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized.
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation.
Addendum to FAR Clause 52.212-1:
FAR 52.212-1(c) is amended to require the offer to hold their offer firm through 30 Sept. 2012.
The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:
The Government will award the purchase order to the responsible offeror who offer conforming to the solicitation will be the most advantageous to the Government on price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical capability of the services offered to meet the Government's requirement.
(ii) Price.
The government will award the purchase order to the lowest price technically acceptable quote.
Technical capability will be determined by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the item quoted meet the Government's requirements and will function with the equipment identified.
The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror.
The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3 Alt II, 52.225-13,52.223-18, and 52.232-33.
Clauses and provisions incorporated by reference can be obtained at https://www.acquisition.gov/far.